Loading...
HomeMy WebLinkAbout2000-407ORDINANCE NO 9000 - C(0 f AN ORDINANCE ACCEPTING COMPETITIVE BIDS AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF THg GAYLABRIDGES SANITARY SEWER SYSTEM, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID 2569 — GAYLA BRIDGES SANITARY SEWER SYSTEM AWARDED TO C-CON SERVICES IN THE AMOUNT OF $435,543 00) WHEREAS, the City has solicited, and received competitive sealed bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest respondent for the construction of the public works or improvements described in the bid invitation, and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive sealed bid for the construction of public works or improvements, as described in the "Sealed Bid Invitations", or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR 2569 C-Con Services AMOUNT $435,543 00 SECTION II That the acceptance and approval of the above competitive sealed bid shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Request for Sealed Bids, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive sealed bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the J m day of n .12000 ATTEST JENNIFER WALTERS, CITY SECRETARY 10 HERBERT L PROUTY, CITY ATT BY BID 2569 - CONT CT1 10 2000 &d(, n- L Id -) 0 W12- EULINE BROCK, MAYOR ATTACHMENT TABULATION SHEET Bid 2569 Date 10/5/00 GAYLA BRIDGES AND SANITARY SEWER SYSTEM No DESCR PTION VENDOR VENDOR VENDOR VENDOR VENDOR R-CON Inc C-Con Services Pipe Con Inc Mid State Utilities H & W Utilities Principle Place of Business IRVING TX DALLAS TX IRVING TX WACO TX LAKE DALLAS TX 1 TOTAL BASE BID $539,956 10 $435,543 00 $548,279 00 $597,347 25 $475,624 10 2 BID BOND YES YES YES YES YES No DESC IPTION VENDOR VENDOR VENDOR VENDOR VENDOR North Texas Contracting Circle C Consturctlon Jackson Construction Dickerson Construction Whlzcon Utiltitles Principle Place of Business KELLER TX FORT WORTH TX FORT WORTH TX CELINA TX ARLINGTON TX 1 TOTAL BASE BID $579,999 50 $644,978 50 $572,933 50 $512,939 50 $497,370 00 2 BID BOND YES YES YES YES YES CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this _Z—day of November A D , 2000, by and between City of Denton of the County of Denton and State of Texas, acting through Michael W. ez—thereunto duly authorized so to do, hereinafter termed "OWNER," and of the City of Dallas, County of Dallas and State of Texas, hereinafter termed "CONTRACTOR" WITNESSETH That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below Bid 2569 - Oayla/Bri gec Sanitary Sewer System in the amount of $435 543 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement, and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, CA-1 and the Specifications therefore, as prepared by all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written ATTEST ATTEST APPROVED AS TO FORM CITY ATTORNEY OW R B ' (SEAL) CONTRACTOR �� T,�,es ys229 MAILING A DRESS ��z ,zs� sass PHONE NUMBER CA-3 wiz .2 s�7 FAX NUMBER II TITLE PRINTED NAME (SEAL) PERFORMANCE BOND STATE OF TEXAS § Bond No 103346727 COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That C-Con Services whose address is 11127 Shay Trail #10$, Dallas TX 75229 hereinafter called Principal, and TraveiersZasualty and surety Company of America , a corporation organized and existing under the laws of the State of C0 , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of Four Hundred Thirty Five Thousand Five Hundred Forty Three and no/100 DOLLARS ($-Ai5,5A3-) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal I entered into a certain Contract, identified by Ordinance Number 2000-407, with the City of Denton, the Owner, dated the _7 day of November AD 2000, a copy of which is hereto attached and made a part hereof, for Bid # 2569 - C;ayla/Bri ges Samtary Sewer System. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void, otherwise, it shall remain in full force and effect PB-1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7,19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of November 2000 ATTEST BY SE RETAR ATTEST BY PRINCIPAL C-Con Services B PRESIDENT SURETY Travelers Casualty and Sure r Com an of America BY Agd!- ATTORN -IN-FACT Cindy Fowler The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME William D. Baldwin STREET ADDRESS 1201 Kas Dr., Ste. B. Richardson, T% 75081 (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person Is name ) PB-2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § Bond No. 103346727 KNOW ALL MEN BY THESE PRESENTS That -Con Services-, whose address is 11127_Shady Trail # 108, Dallas, TX 75229 hereinafter called Principal, and Travelers Casualty and Surety Company of America a corporation organized and existing under the laws of the State of Connecticut, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of Four HUndred Thirty Five Tho nand Five Hundred Forty Three and no/100 DOLLARS ($435 543) in lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2000-407 , with the City of Denton, the Owner, dated the 7 day of November AD 2000, a copy of which is hereto attached and made a part hereof, for Bid 2569 - Cayla/Bridges Sanitary ewer System, NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void, otherwise it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc PB-3 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent to Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 7 day of November , 2QQQ ATTEST BY ;4� � SECRETAR PRINCIPAL C-Con Services PRESIDENT ATTEST SURETY Travelers Casualtyand Surety Com an of —_ America BY BY - _ ATTORNEY-V -FACT Cindy Fowler The Resident Agent of the Surety in Denton County, Texas for delivery of notice and ser�,ire of the process is NAME William D. Baldwin STREET ADDRESS 1201 Kas Dr Ste B. Richardson TX MA1 (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS Naperville, Illinois 60563-8458 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS) -IN -FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly orgamied under the laws of the State of Connecucu[, and having their principal offices in the City of Hartford, County of Hartford, State of Cormectieut, and TRAVELERS CASUALTY AND SURETY COMPANY OF iLLINOIS, a corporation duly organized under the laws of the State of Illinots, and having its principal office in the City of Naperville, County of DuPage, State of Illinois, (heranafter the "Companies") hoth made, constituted and appointed, and do by these presents malt-, constitute and appoint William D. Baldwin, Don E. Smith, Ray Watson, Michael B Hill, Cindy Fowler, Suzanne C. Baldwin or William L, Ridlehoover"" of Richardson, TX, their true and lawful Attorneys)-m-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s) by his/her sole signature and act, any and ail bonds, recogmzances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto not exceeding the sum of FIFTY bffLLION 050,000,000 00) DOLLARS per bond ' ' and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorneys) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed This appointment is made tinder and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect VOTED That the Chairman, the President, any Vice Chairman, any Executive Vice President any Semor Vice President any Via President any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Companv's name and seal with the Company's seal bonds, recogni=ces contracts of indemnity and other writings obligatory in the nature of a bond, recogr zance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given hum or her VOTED That the Chairman the President, anv Vice Chairman any Executive Vice President, any Senor Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Companv provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary VOTED That any bond, recognisance, contract of indemnity, or writing obligatory in the nature of a bond recognizance. or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President anv Senior Vice President or any Vice President any Second Vice President the Treasurer anv Assistant Treasurer the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Companv s seal by a Secretary or Assistant Secretary or (b) duly executed (undo seal if required) by oni. or more Attomevs-m-Fact and Agents pursuant to the pother prescribed in his or her certificate or their u.rtificates of authont% or by one or more Company ollicers pursuant to a written delegation of authonty This Power of Attorney and Certificate of Authority is signed and scaled by facsimile under and by authority of the following Standing Resolution Noted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY. FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF iLLINOIS. which Resolution is now in full force and effect VOTED Mat du signature of each of the lollowing officers President anv Exeeutiyt. Vice President anv Senior Vice President anv Vice 1'resident anv Assistant Vici. President anv Secretary anv Assistant Secretary and the seal of the Company may be atlixed by tacsrmile to anv power of auomev or to any certificate relating thereto appointing Resident Vice Presidents Resident Assistant Secretaries or Attorneys -in Fact for purposes only of execugng and attesting bonds and undertakings and other writings obligatory in the nature thereof and anv such power of attornev or certificate bearing such lacsimile signature or lacsimile seal shall be valid and binding upon the Company and any such power so executed and eenttied by such mcsimdi. signature and facsimile seal shall be valid and binding upon the Company in the tuture iiith respect M ary bond or undt.rtalang to tyhrch it is attached (8 97) IN -WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto affixed this 18th day of November, 1999 STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COM" %NY {SS Hartford FARMINGTON CASUALTY COMPANI COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY )F ILLINOIS sau��Wp aMrry0800 r,19 a 3�' o gnr ey Mevr� s <„",a aGeorge W Thompson 'y . .o Senior Vice President On this I8th day of November, 1999 before me personally came GEORGE W. THOMPSON to me known, who, bang by me duly swom, did depose and sav that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, the corporations described in and which executed the above Instrument, that he/she knows the seals of said corporations, that the seals affixed to the said instrument are such corporate seals, and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof p,TlT * 'tie to . S` My commission expires June 30 2001 Notary Public 4) Mane C Tetreault CERTIFICATE I the undersigned Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of ,ae State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, stock corporation of the State of Illinois, DO HEREBY CERTIFY that the foregoing and attached Power of Attornev and Certificate of Authority remains in full force and has not been revoked and furthermore that the Standing Resolutions of the Boards of Directors as set forth in the Certificate of Authority, are now in force Signed and Sealed at the Home Office of the Company, in the Cttv of Hartford State of Connecticut Dated this 7th day of Nnvpmhpr 2000 BY t Kori M Johanson Assistant Secretary, Bond IMPORTANT NOTICE TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P O Box 149104 Austin, Texas 78714-9104 FAX No (512) 475-1771 PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim, you should contact the company first If the dispute is not resolved, you may contact the Texas Department of Insurance ATTACH THIS NOTICE TO YOUR POLICY This notice is for information only and does not become a part or condition of the attached document CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's itention is directed to the insurance requirements below. It is highly recommended that btdd;rs confer with their respective insurance carriers or brokers to determine in advance Of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract Upon bid award, all insurance requirements shall become contractual obligations, which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project ,Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the fbllowmg general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted Each policy shall be issued by a company authorized to do business in the State of Texas with an A M Best Company rating of at least A Any deductibles or self -insured retentions shall be declared in the bid proposal If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses Liability policies shall be endorsed to provide the following •• Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers •• That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought The inclusion of more than one insured shall not operate to increase the insurer's limit of liability • All policies shall be endorsed to read: "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED" • Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, ifso noted [X] A General Liability Insurance. General Liability insurance with combined single limits of not less than R] _000,000 shall be provided and maintained by the Contractor The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies If the Commercial General Liability form (ISO Form CG 0001 current edition) is used • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage • Coverage B shall include personal Injury • Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability [X] Automobile Liability Insurance. Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $1,000,000 either in a single policy or in a combination of basic and umbrella or excess policies The policy will include bodily injury and property damage liability ansmg out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract Satisfaction of the above requirement shall be in the form of a policy endorsement for • any auto, or • all owned, hired and non -owned autos [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) ATTACHMENT [X] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A Definitions Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" in §406 096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as foodibeverage vendors, office supply deliveries, and delivery of portable toilets B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 Olt(44) for all employees of the Contractor providing services on the project, for the duration of the project C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract D If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E The contractor shall obtain from each person providing services on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project H The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage The contractor shall contractually require each person with whom it contracts to provide services on a project, to (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401011(44) for all of its employees providing services on the project, for the duration of the project, (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project, (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (4) obtain from each other person with whom it contracts, and provide to the contractor (a) a certificate of coverage, prior to the other person beginning work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carver or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity Bid 2569—Gayla/Bridges Sanitary Sewer System - CONTRACT & INS 11 -00 [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building Limits of not less than each occurrence are required [ ] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications BID SUMMARY TOTAL BID PRICE IN In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and o guarantee payment for all lawful claim for labor performed and materials furnished in the fulfillment of the contract It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final Unit and lump sum prices as shown for each item listed in this proposal, shall control over extensions CONTRACTOR Street Xddress �i✓c.c,R.s T T.S�z% City and State Seal & Authorization (If a Corporation) 97.Z-vZ53-�l�sf Telephone CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this day of of the County of A D , 2000, by and between hereinafter termed "OWNER," and of the City of and State of and State of Texas, acting through County of [hereunto duly authorized so to do, hereinafter termed "CONTRACTOR " WITNESSETH That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below in the amount of and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement, and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, x, insurance, and other accessories and services necessary to complete the work sp,_ above, in accordance with the conditions and prices stated in the Proposal and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, CA-1 Gayla Bridges Sanitary Sewer Work Days 80 Bid No 2569 BID TABULATION SHEET PO No Item Description I Quantity jUnitl Unit Price Total 121 Contractors Warranties and U,ndeerrs'tandm s LS $ '?546 °O / LS Is 9Soor'& Did Price In Words �nNC /frbsl$AAh0 % e—"AS 2 13 F exbase 6" 1 56 1 SY Is -3iZ 6O / SY Is / 79z U it Pnce In Words // y tr Z, oc c a.cs 2 12-B 8'i Sanitary Sewer 3167 LF $ 3/ °O / LF $ %8 1770 UnitPnce In Words p,t/ 2 12-C 1 " Sanituy Sewer 3422 LF $ 30 °O / LF $/02 4(o UnitPnce In Words 3-C Riemove Concrete Drives & Walks 8 1 SY Is /,? O0 / SY $ 9(o7 Unit Price In Words e s 3 1 lPrep=tion of FU ht of Way LS $ p ''l LS $`pb0a UnitPnce In Words 7Z4/Z d0aua 12y6,Z-AC,,S 3 104 Broadcast Seeding 1394 1 SY Is / ' ° ° / SY $ / % . ° Unit Price In Words p v ,L 3 10 7 Hydromulch 1127 SY Is /• ° ° / S`� $ /� 7. °' Unit Price In Words b.v El pUC <_ An 3 12 IT"emporary Erosion Control I LS $ % L13 I $ 9 <eies Unit Pnce In Words Alf",,1• / a dNo ids .v r! °C Uo2f 5 7-B 2" Asphalt Pavement (T a C, Patch Mad) 11 TON $ /df• pO/ TON Unit Price In Words p n/E /-4N0AC .0 , f p 745 Class A Concrete 38 CY $ Od'' ° / CY $ tiv Unit Price In Words /i/e�„/ a cc of t 7 6-A-1 Iastall Concrete Manhole (4' hD-)- 10 EA $ Z8 So s/ EA $ sop• Unit Price In Words /wo /kpuraA/ N* 8/30/00 P 3 Accompanying this proposal is a certified or cashiers check or Bid Bond, payable to the owner, in the amount of five percent of the total bid It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder Owner reserves the right to reject any and all bids Owner may investigate the prior performance of the bidder on other contracts, either public or private, in evaluating bid proposals should bidder alter, change, or qualify any specifications of the bid, Owner may automatically disqualify bidder The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or price to wit. p -2 Gayle Bridges Sanitary Sewer Work Days 80 Bid No 2569 BID TABULATION SHEET PO No Item Description I Quantity junul Unit Price Total 7 6-A-2 Install Concrete Manhole 5' I 1 5 1 EA $ 36 do pO/ EA $ /c�o U tt Pnce In Words /iy/2 ,S' O 7 6-A-3 Install Drop Manhole (S'' ID 4 EA I $ 3800 0° / EA $ •" Unit Price In Words /ZAr- ciw e- t-oo S 8 I Bamcades, Warning Sips Detours LS Is stud ° °/ LS Unit Price In Words '/FT 111:5'dlf- w a 83 Dnvewa 6" 8 SY Is /i2 S• O° / SY Is 000 • e Unit Price In Words d vg 4,c�oety �-,rA, a�dF o�c 4/C f 814 M scellaneous Fence,-� LS $ 3 Soa LS $ •v Unit Price In Words e!ivy ludic ry vc c aoz f WS-18 A ISanituy Sewer Service(Public) 37 EA IS S O • ° °/ EA I $ S4o ' Unite Price In Words WS-18 B I Sanitary Sewer Service 1 5200 1 LF $ /S Ye / LF IS 78 aga•' Unit Price In Words SP-2 Concrete Saw Cut 36 1 LF $ s' ° ` / LF Is Z51,01 j° Unit Price In Words -co.-e f SP-10 Rock Excavation 50 1 CY Is Zo'1P' / CY $ /049..r° Unit Price In Words �E�✓i� mac cute S SP-37 Excavation Protection 6589 LF IS `' ° / LF $ �s °e U it Price In Words SP-39 Pro ect Sips 2 EA $ Soo •oz. / EA $ Odo•-' ,.— Unit Price In Words /� ✓� 27R / a 4 f SP-43 Asphalt Saw Cut 5663 LF Is eo / LF Is <,cow - Unit Price In Words ON c $ / $ 8125/00 P 4 Gayla Bridges Sanitary Sewer Work Days 30 Bid No 2569 BID TABULATION SHEET PO No Item Description I Quantity Uait Unit Price I Total $ / $ $ / Is $ $ TOTAL sy o0 8/25100 P 5 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, thatwe C Con Services, Inc (Here insert full name and address or legal title of Contractor) 11127 Shady Trail, Suite 108, Dallas, TX 75229 as Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surety) Travelers Casualty and Surety Company of America 7920 Belt Line Rd ,Dallas, TX 75240 a corporation duly organized under the laws of the State of Connecticut as Surety, hereinafter called the Surety, are held and firmly bound unto City of Denton (Here Insert full name and address or legal title of Owner) 901-8 Texas St, Denton, TX 76201 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid Dollars ($ 5% GAB for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents WHEREAS, The Principal has submitted a bid for (Here insert full name address and description of project) Gayla Bridges Sanitary Sewer Project #E & T 2000-004 NOW THEREFORE if the Obligee shall accept the bid of the Principal and the Principal shall enter Into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished In the prosecution thereof or in the event of the failure of the Principal to enter such Contract and give such bond or bonds if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation shall be null and void otherwise to remain in full force and effect Signed and sealed this 5th day of October 2000 rw`�/� c-ConY s e (Pnncrpal) (Seal) (WiMess) �Y (Tide) /J Travelers Casualt and Sure oman of America `�— C r eryJ (Seal) (WiMess) er Cindy o (Title) Att� Fact AIA DOCUMENT A310 BID BOND AIA O FEBRUARY 1970 ED THE AMERICAN INSTITUTE OF ARCHITECTS 1735 N Y AVE N W WASHINGTON D C 20006 WARNING Unlicensed photocopying violates U S copyright laws and Is subject to legal prosecution ,ent by ALLIED GROUP 9727397034, 12/04/00 10 10AM,JetFsx #444,Page 2/2 ACQRD_ CERTIFICATE OF LIABILITY INSURANCE I ANEW N. Amwka Cwf . of I. -12 m eak Rood, surf "If Dallas, TX 76281 (977)MI&IJI0 F�M")SWISSST7 cmPw Examwebn, Ina 0.06" sw1wY. MD. III" SMdy Tmk Sure 10a ISSUES, Twee 75210 F, INSURERS AFFORDING COVRRAOR THE POIJCISR OF INSURAN a LIETED BKOW NAYR GEED IEEUIID TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWTOWANPING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WMICH THIS CERTIFICATE MAYBE ISSUED OR MAY PENTAIN, TMG INSU Lk AHWHUkU Sy I "I_ FVUL.Iab Ljt S SLUE MEMAN IS bUtUhL I I U ALL I Ht I I=NMb, hyJ LUb1UNb AND WNUI I IONS UH SULM PnI InPIA AANRFtATF1 IWTq ACIWM MAY HAVP RPPN RFnt ICRf1 Gv PAIn CJ AIMR low APFI,FIMUNISN" mlInv NINAWN OIRX&JARI, U+T2 A GENERAL LIAERITV GAL cows MADE IE ,i� DEwsg�.41A&LAv jl QCCUR OPPISTISTe W20103 GEI20/Bi Moo PUROMML&AQVINJURV 9 IMAM REHL TE U1aT PER Lac P A MILE UAMI=Y mvAum ALL OWNED AUTOS SCHEDULED AUTOS HIIEDAUIOS NONdN'NFDAUOS GAIS12575 06120100 09I20/01 DOMMIN aINOL U LIMB leaAcdlari) _ _ Lv INJURY W'Po. ) e _1,fXI0A0D a X areoomy Y ormomdoro a X MLL FRTY RAMARF (PWWWO II SAWN LIABILITY ANY AUTO AUTO VA AcMaMT a FAM AUTO ONTLr R SKOWUAWUTT 0=8 ❑ CLAIMS MADE DEDUCTIBLE RETENTION S 9103/057 0E/20/00 OEf2W0/ 5=H CCCURRENCR00 AWREQATE S 5,000m A W0HKEREC0MpsaA110NAW 6YPI.aYEIm'MAYUTY W013I2W W20(OD 00120f01 X A EACH ACCIDENT L I DISEASEPOLICY LIMIT DRIER aDDOaPTION OFOP[gATONOM1(IDATIONOrvCYDLCD'CYOLYNDND ADOCD DY CND°RDO�CNTAPCO4L Pmjnd SIN 2M . 6e1% r WMVm s.1w dn/y SaaSpdeMoy cof PROVIMd policy shall not be cancelled, Denton, its 011lahIs, Emplaym and Vohmlams we named uourenewed or materially change vi.thout �' 30 days advanced written notice being AddMoml 0m wed far gevmglm aaaapl WofkeW Cempmwtlae and gY�en to the opaer (city) e t when pm kh d Walt of Srqugmthm for Workma; compwm Lbm the policy is beiog cancelle vor Coverages arc primary to any ether insurance svailablc nespaymEut of pr 11m iu which case 1Od SHOULD ANY OF THE ABOVE DESCMOBD POUOES 01 DANCELLSO BEFORE 1HE UARATA N DATE TWWOR THE ISSUING INSURER VALLiMNSININIVIRamL —111_ DAYS WMTTEN NOIM:E TO WE CERTIFICATE HOLDER NAMEDTO THE LIFT, City of Denton 901 E. Texas Street Denton. Texas 76209